Loading...
HomeMy WebLinkAboutAgenda Report - September 21, 2016 C-04Cr AGENDA ITEM A CITY OF LODI COUNCIL COMMUNICATION TM AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Professional Services Agreement with DC Frost Associates, Inc., of Walnut Creek, for Purchase of Ultra Violet Disinfection Replacement Parts ($220,000) MEETING DATE: September 21, 2016 PREPARED BY: Public Works Director RECOMMENDED ACTION Adopt resolution authorizing City Manager to execute Professional Services Agreement with DC Frost Associates, Inc., of Walnut Creek, for purchase of ultra violet disinfection replacement parts, in the amount of $220,000. BACKGROUND INFORMATION: The ultra violet (UV) system disinfects the City's tertiary treated wastewater and is regulated by the California Regional Water Quality Control Board. More than 10 years ago, the City of Lodi switched from chlorine gas to UV disinfection for safety and water quality reasons. The system consists of two UV channels with five banks of UV lamps in each channel. Each bank contains 176 UV lamps, for a total of 1,760 lamps in the system. Regulatory requirements allow each lamp to remain in service for a maximum of 8,000 hours. There is one set of wipers for each lamp and one ballast for every two lamps. The lamps, wipers, ballasts, and additional components need to be checked daily for proper operation. Staff must regularly replace ballasts, lamps (due to either failure or service life), and wipers to maintain compliance. By nature, the City's UV system is complex and expensive to maintain. For now, it remains a reliable component of the City's wastewater treatment facility. In 2015, the City commissioned Carollo Engineers, Inc., of Sacramento, to evaluate the current UV system. The evaluations compared 10 -year and 20 -year life cycle costs for five alternatives that ranged from retrofitting the existing facility with new, more -efficient components, to complete replacement. While the evaluation suggests replacing the existing system, requiring a capital investment of over $4 million dollars, the system continues to operate reliably and parts remain available. This Council action represents the annual anticipated parts and materials needs to properly maintain the City's UV system and to maintain water quality compliance for Fiscal Year 2016/17. DC Frost Associates, Inc. is a sole -source vendor (Exhibit A). Per Lodi Municipal Code Section 3.20.070, Bidding, the bidding process may be dispensed when City Council determines that the purchase, or method of purchase, is in the best interests of the City. Staff recommends waiving the bidding process and authorizing City Manager to execute Professional Services Agreement with DC Frost Associates, Inc., of Walnut Creek, for UV disinfection equipment. FISCAL IMPACT: If the UV system is not properly maintained, WSWPCF may not meet discharge permit requirements, resulting in fines or penalties. APPROVED: Stephen Schwaba ity Manager R:\GROUPWDMIN\Council\2016\9-21-2016\DC Frost Associates\UV parts councilcomm 2016.doc 9/12/16 Adopt Resolution Authorizing City Manager to Execute Professional Services Agreement with DC Frost Associates, Inc., of Walnut Creek, for Purchase of Ultra Violet Disinfection Replacement Parts ($220,000) September 21, 2016 Page 2 FUNDING AVAILABLE: Funds are budgeted in the WSWPCF Plant Operations (53053003) for Fiscal Year 2016/17. Jordan Ayers Deputy City Manager/Internal Services Director Charles E. Swimley, Jr. Public Works Director Prepared by Karen Honer, Wastewater Plant Superintendent CES/KDH/trb Attachments R:\GROUPWDMIN\Council\2016\9-21-2016\DC Frost Associates\UV parts councilcomm 2016.doc 9/12/16 August 23, 2016 Lodi -White Slough Water Pollution Control Facility 12751 N. Thornton Road Lodi, CA 95242 Mr. Ken Capitanich TROJAN Ull RE: Trojan System UV3000PIUS TM Replacement Parts WATER CONFIDENCE" In the Engineered Submittal Package for the Trojan System UV3000PIusTM , Trojan provided an equipment performance guarantee stating that the system will meet the required level of disinfection provided that the system is operated and maintained in accordance with recommendations made by Trojan Technologies. In order for this equipment guarantee to be maintained, it is imperative that the appropriate components and replacement parts be used in the system. There are key replacement parts and system components that directly influence the performance and reliability of the system. Among these critical replacement parts are the UV lamps, sleeves, electronic ballasts, wiper seals, printed circuitry etc. Without using lamps, ballasts, and other components that are approved and validated by Trojan Technologies, we cannot guarantee that the system will provide the required germicidal output. Subsequently, we cannot guarantee that the required UV dose is being delivered, if lamp output, ballast efficiency and system programming is unknown. In order to keep the equipment performance guarantee intact, is it recommended that specialized system components be purchased and contracted from DC Frost & Associates, Inc., a wholly owned subsidiary of the Coombs -Hopkins Company, who is the exclusiveTrojan authorized representative for the state of California. Trojan purchases only validated system components (lamps, ballasts etc.) from our suppliers and only those components meeting our performance standards are passed on the customer. If you have any questions regarding this matter, or require any additional information please do not hesitate to contact me. Best regards, TROJAN TECHNOLOGIES Judy Georgijev Municipal Territory Representative Cc: Catherine Frost TROJAN TEGHNOI OGLES 3090 GORE ROAD LONDON, ONTARIO, CANADA NOV 4T7 T 519 457 3400 F 519 457 3030 WWW TROJANUV COM AGREEMENT FOR PROFESSIONAL SERVICES ARTICLE 1 PARTIES AND PURPOSE Section 1.1 Parties THIS AGREEMENT is entered into on October 2016, by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and DC Frost Associates, Inc (hereinafter "CONTRACTOR"). Section 1.2 Purpose CITY selected the CONTRACTOR to provide the services required in accordance with attached Scope of Services, Exhibit A, attached and incorporated by this reference. CITY wishes to enter into an agreement with CONTRACTOR for purchase of ultra violet disinfection equipment for White Slough Water Pollution Control Facility (hereinafter "Project") as set forth in the Scope of Services attached here as Exhibit A. CONTRACTOR acknowledges that it is qualified to provide such services to CITY. ARTICLE 2 SCOPE OF SERVICES Section 2.1 Scope of Services CONTRACTOR, for the benefit and at the direction of CITY, shall perform the Scope of Services as set forth in Exhibit A. Section 2.2 Time For Commencement and Completion of Work CONTRACTOR shall commence work pursuant to this Agreement, upon receipt of a written notice to proceed from CITY or on the date set forth in Section 2.6, whichever occurs first, and shall perform all services diligently and complete work under this Agreement based on a mutually agreed upon timeline or as otherwise designated in the Scope of Services. CONTRACTOR shall submit to CITY such reports, diagrams, drawings and other work products as may be designated in the Scope of Services. CONTRACTOR shall not be responsible for delays caused by the failure of CITY staff to provide required data or review documents within the appropriate time frames. The review time by CITY and any other agencies involved in the project shall not be counted against CONTRACTOR's contract performance period. Also, any delays due to 1 weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall remain in contact with reviewing agencies and make all efforts to review and return all comments. Section 2.3 Meetings CONTRACTOR shall attend meetings as may be set forth in the Scope of Services. Section 2.4 Staffing CONTRACTOR acknowledges that CITY has relied on CONTRACTOR's capabilities and on the qualifications of CONTRACTOR's principals and staff as identified in its proposal to CITY. The Scope of Services shall be performed by CONTRACTOR, unless agreed to otherwise by CITY in writing. CITY shall be notified by CONTRACTOR of any change of Project Manager and CITY is granted the right of approval of all original, additional and replacement personnel at CITY's sole discretion and shall be notified by CONTRACTOR of any changes of CONTRACTOR's project staff prior to any change. CONTRACTOR represents it is prepared to and can perform all services within the Scope of Services (Exhibit A) and is prepared to and can perform all services specified therein. CONTRACTOR represents that it has, or will have at the time this Agreement is executed, all licenses, permits, qualifications, insurance and approvals of whatsoever nature are legally required for CONTRACTOR to practice its profession, and that CONTRACTOR shall, at its own cost and expense, keep in effect during the life of this Agreement all such licenses, permits, qualifications, insurance and approvals, and shall indemnify, defend and hold harmless CITY against any costs associated with such licenses, permits, qualifications, insurance and approvals which may be imposed against CITY under this Agreement. Section 2.5 Subcontracts Unless prior written approval of CITY is obtained, CONTRACTOR shall not enter into any subcontract with any other party for purposes of providing any work or services covered by this Agreement. Section 2.6 Term The term of this Agreement commences on October 2016 and terminates upon the completion of the Scope of Services or on October 2017, whichever occurs first. 2 ARTICLE 3 COMPENSATION Section 3.1 Compensation CONTRACTOR's compensation for all work under this Agreement shall conform to the provisions of the Fee Proposal, attached hereto as Exhibit B and incorporated by this reference. CONTRACTOR shall not undertake any work beyond the scope of this Agreement unless such additional work is approved in advance and in writing by CITY. Section 3.2 Method of Payment CONTRACTOR shall submit invoices for completed work on a monthly basis, or as otherwise agreed, providing, without limitation, details as to amount of hours, individual performing said work, hourly rate, and indicating to what aspect of the Scope of Services said work is attributable. CONTRACTOR's compensation for all work under this Agreement shall not exceed the amount of the Fee Proposal. Section 3.3 Costs The Fee Proposal shall include all reimbursable costs required for the performance of the Scope of Services. Payment of additional reimbursable costs considered to be over and above those inherent in the original Scope of Services shall be approved in advanced and in writing, by CITY. Section 3.4 Auditing CITY reserves the right to periodically audit all charges made by CONTRACTOR to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to furnish CITY, or a designated representative, with necessary information and assistance needed to conduct such an audit. CONTRACTOR agrees that CITY or its delegate will have the right to review, obtain and copy all records pertaining to performance of this Agreement. CONTRACTOR agrees to provide CITY or its delegate with any relevant information requested and shall permit CITY or its delegate access to its premises, upon reasonable notice, during normal business hours for the purpose of interviewing employees and inspecting and copying such books, records, accounts, and other material that may be relevant to a matter under investigation for the purpose of determining compliance with this requirement. CONTRACTOR further agrees to maintain such records for a period of three (3) years after final payment under this Agreement. 3 ARTICLE 4 MISCELLANEOUS PROVISIONS Section 4.1 Nondiscrimination In performing services under this Agreement, CONTRACTOR shall not discriminate in the employment of its employees or in the engagement of any sub CONTRACTOR on the basis of race, color, religion, sex, sexual orientation, marital status, national origin, ancestry, age, or any other criteria prohibited by law. Section 4.2 ADA Compliance In performing services under this Agreement, CONTRACTOR shall comply with the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well as all applicable regulations and guidelines issued pursuant to the ADA. Section 4.3 Indemnification and Responsibility for Damage CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold harmless CITY, its elected and appointed officials, directors, officers, employees and volunteers from and against any claims, damages, losses, and expenses (including reasonable attorney's fees and costs), arising out of performance of the services to be performed under this Agreement, provided that any such claim, damage, loss, or expense is caused by the negligent acts, errors or omissions of CONTRACTOR, any subcontractor employed directly by CONTRACTOR, anyone directly or indirectly employed by any of them, or anyone for whose acts they may be liable, except those injuries or damages arising out of the active negligence, sole negligence, or sole willful misconduct of the City of Lodi, its elected and appointed officials, directors, officers, employees and volunteers. CITY may, at its election, conduct the defense or participate in the defense of any claim related in any way to this indemnification. If CITY chooses at its own election to conduct its own defense, participate in its own defense, or obtain independent legal counsel in defense of any claim related to this indemnification, CONTRACTOR shall pay all of the costs related thereto, including without limitation reasonable attorney fees and costs. The defense and indemnification obligations required by this Agreement are undertaken in addition to, and shall not in any way be limited by the insurance obligations set forth herein. Section 4.4 No Personal Liability Neither the City Council, nor any other officer or authorized assistant or agent or City employee shall be personally responsible for any liability arising under this Agreement. 4 Section 4.5 Responsibility of CITY CITY shall not be held responsible for the care or protection of any material or parts of the work described in the Scope of Services prior to final acceptance by CITY, except as expressly provided herein. Section 4.6 insurance Reouirements for CONTRACTOR CONTRACTOR shall take out and maintain during the life of this Agreement, insurance coverage as set forth in Exhibit C attached hereto and incorporated by this reference. Section 4.7 Successors and Assigns CITY and CONTRACTOR each bind themselves, their partners, successors, assigns, and legal representatives to this Agreement without the written consent of the others. CONTRACTOR shall not assign or transfer any interest in this Agreement without the prior written consent of CITY. Consent to any such transfer shall be at the sole discretion of CITY. Section 4.8 Notices Any notice required to be given by the terms of this Agreement shall be in writing signed by an authorized representative of the sender and shall be deemed to have been given when the same is personally served or upon receipt by express or overnight delivery, postage prepaid, or three (3) days from the time of mailing if sent by first class or certified mail, postage prepaid, addressed to the respective parties as follows: To CITY: City of Lodi 221 West Pine Street P.O. Box 3006 Lodi, CA 95241-1910 Attn: Karen Honer To CONTRACTOR: DC Frost Associates, Inc. 2855 Mitchell Drive, Suite 215 Walnut Creek, CA 94598 Attn: Catherine Frost Section 4.9 Cooperation of CITY CITY shall cooperate fully and in a timely manner in providing relevant information it has at its disposal relevant to the Scope of Services. Section 4.10 CONTRACTOR is Not an Employee of CITY CONTRACTOR agrees that in undertaking the duties to be performed under this Agreement, it shall act as an independent contractor for and on behalf of CITY and not an employee of CITY. CITY shall not direct the work and means for accomplishment of 5 the services and work to be performed hereunder. CITY, however, retains the right to require that work performed by CONTRACTOR meet specific standards without regard to the manner and means of accomplishment thereof. Section 4.11 Termination CITY may terminate this Agreement, with or without cause, by giving CONTRACTOR at least ten (10) days written notice. Where phases are anticipated within the Scope of Services, at which an intermediate decision is required concerning whether to proceed further, CITY may terminate at the conclusion of any such phase. Upon termination, CONTRACTOR shall be entitled to payment as set forth in the attached Exhibit B to the extent that the work has been performed. Upon termination, CONTRACTOR shall immediately suspend all work on the Project and deliver any documents or work in progress to CITY. However, CITY shall assume no liability for costs, expenses or lost profits resulting from services not completed or for contracts entered into by CONTRACTOR with third parties in reliance upon this Agreement. Section 4.12 Confidentiality CONTRACTOR agrees to maintain confidentiality of all work and work products produced under this Agreement, except to the extent otherwise required by law or permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents owned by CONTRACTOR and clearly marked by CONTRACTOR as "Confidential" or "Proprietary", except to the extent otherwise required by law or permitted in writing by CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California Public Records Act. Section 4.13 Applicable Law, Jurisdiction, Severability, and Attorney's Fees This Agreement shall be governed by the laws of the State of California. Jurisdiction of litigation arising from this Agreement shall be venued with the San Joaquin County Superior Court. If any part of this Agreement is found to conflict with applicable laws, such part shall be inoperative, null, and void insofar as it is in conflict with said laws, but the remainder of this Agreement shall be in force and effect. In the event any dispute between the parties arises under or regarding this Agreement, the prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's fees from the party who does not prevail as determined by the San Joaquin County Superior Court. 6 Section 4.14 City Business License Requirement CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020 requires CONTRACTOR to have a city business license and CONTRACTOR agrees to secure such license and pay the appropriate fees prior to performing any work hereunder. Section 4.15 Captions The captions of the sections and subsections of this Agreement are for convenience only and shall not be deemed to be relevant in resolving any question or interpretation or intent hereunder. Section 4.16 Integration and Modification This Agreement represents the entire understanding of CITY and CONTRACTOR as to those matters contained herein. No prior oral or written understanding shall be of any force or effect with respect to those matters covered hereunder. This Agreement may not be modified or altered except in writing, signed by both parties. Section 4.17 Contract Terms Prevail All exhibits and this Agreement are intended to be construed as a single document. Should any inconsistency occur between the specific terms of this Agreement and the attached exhibits, the terms of this Agreement shall prevail. Section 4.18 Severability The invalidity in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. Section 4.19 Ownership of Documents All documents, photographs, reports, analyses, audits, computer media, or other material documents or data, and working papers, whether or not in final form, which have been obtained or prepared under this Agreement, shall be deemed the property of CITY. Upon CITY's request, CONTRACTOR shall allow CITY to inspect all such documents during CONTRACTOR's regular business hours. Upon termination or completion of services under this Agreement, all information collected, work product and documents shall be delivered by CONTRACTOR to CITY within ten (10) calendar days. CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any liability resulting from CITY's use of such documents for any purpose other than the purpose for which they were intended. VA Section 4.20 Authority The undersigned hereby represent and warrant that they are authorized by the parties to execute this Agreement. Section 4.21 Federal Transit Funding Conditions ❑ If the box at left is checked, the Federal Transit Funding conditions attached as Exhibit D apply to this Agreement. In the event of a conflict between the terms of this Agreement or any of its other exhibits, and the Federal Transit Funding Conditions, the Federal Transit Funding Conditions will control. IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Agreement as of the date first above written. ATTEST:. JENNIFER M. FERRAIOLO City Clerk APPROVED AS TO FORM: JANICE D. MAGDICH, City Attorney la CITY OF LODI, a municipal corporation STEPHEN SCHWABAUER City Manager DC FROST ASSOCIATES, INC. By: Name Title: CATHERINE FROST Aftermarket Sales Manager Attachments: Exhibit A — Scope of Services Exhibit B — Fee Proposal Exhibit C — Insurance Requirements Exhibit D — Federal Transit Funding Conditions (if applicable) Funding Source: 53053003.72352 (50%) 53053003.77030 (50%1: ICON11193 CA:Rev.01.2015 (Business Unit & Account No.) 8 2016 AFTERMARKET PARTS PRICE LIST Exhibit B TROJAN UV3000PLUS " Number Lamps, Sleeves & SubpartPart Description Ballasts �Uon't forget to mention Trojan's Recycling Program (see Box.com for more details) 794447-OYW Lamp, GA64T6HE Flat Base 11 Replaces PN 794447-OSM (Use with 316508. $ 312.00 316508 Lamp adapter For use with 794447-OYW Yellow base 794447-OGN -amp, GA64T6HE Step Base $ 312.00 302509-004 Lam , GA64T6L Amalgam 4Pk 302509 Lamp,GA64T6L Amalgam 4 Pack S 1026.00 257.00 316136-004 Sleeve Quartz UV3+ 28x25x1950 Vic 316136 15leeve Quartz 4 Pack $ $ 391.00 98.00 915379 Ballast Kit, UV3+ G 3 With Aluminum End Caps; Replaces PN 141 $ 725.00 ComponentsCommonly Used 316144P O -Rin , Sleeve Seal Pkg. of 10 $ 1.60 316145 O -Rin , Sleeve Support UV3+ 0.10 901376P Spring, Compression SST Pkg. of 10 16.00 .302366P Dessiccant Desi Pak 1/6 Unit 2 Per Module; Pkg. of 30 $ 2.30 316148P Sleeve CuE Nut, UV3+ Mod Ryton Pkg. of 10 15.00 1010215-125P Screw, 1/4-20x1''/," CTD SHCS Pkg. of 10 $ 1.40 316148P Sleeve Cu Nu UV3+ Mod R pn P!ss. of 10 $ 15.00 9Q7547 Aeticlean Gef Eleaner.Case 4 x 4i 8atties R' uleedBmaunt 3t r: 36mtif.29os $ 158.00 Module 316506-002 End Cap Kit, UV3+ Plain New Orange Silicone Seal; Lamp -Ballast Connection $ 49.00 316506-001 End Cap Kit, UV3+ Power New Orange Silicone Seal;Lamp-Ballast Connection $ 77.00 316506-003 End Cap Kit, UV3+ Power & Plain New Orange Silicone Seal; Lamp -Ballast Connection $ 118.00 316509 Seal Kit End Cap UV3+ Includes: 2 Seals, Lubricant & Dessiccant $ 42.00 302839-072 Plug Assy, 6P 16AWG 6' 135.00 302839-084 Plug Assy, 6P 16AWG 7' 170.00. 302839-096 Plug Assyo 6P 16AWG 8' $ 170.00 327095P Plug, Rubber Wiper Filler Pkg. of 10 $ 16.00 915517-06 PluL UV3 6P 16AWG 6' 4-8L; Replaces PN 302455 82.00 914374-006GF PLUG, UV3+ PDC MODULE 6' GF Replaces PN 914374-006; 6ft Power Cord $ 105.00 '914374-01OGF PLUG UV3+ PDC MODULE 10' GF Replaces PN 914374-010; loft Power Cord $ 112.00 302832P Plu 1-3 8"ID LockingUnvent Pk &. of 10 $ 2.50 G OMP, Washer RSO It Loe3c SST34l4 Pka, of 10 0.13 Ballast Enclosure Components 914238 - Module Board Kit, UV3+ Includes: 912356-001 W/Board; MFR I#2371G $ 150.00 316168P Seal, Ballast Enclosure UV3+ O -Ring, Seal; Aluminum End Caps; Pkg. of 10 $ 69.00 912181P Connector, Cap 6POS Amp Pkg, of 10 7.00 912166P Connector, Cap 9 Position Pkg. of 10 7.60 912180P Connector, Plug 6POS Amp Pkg. of 10 $ 7.70 912196P Connector, Plug 9POS Amp Mini Pk of 10 $ 12.00 912193 Extractor, UNIV MATE-N-LOK 129.00 912192 Extractor,Mini-Univ Mate -N -Lok $ 54.00 316174P Grommet, Rubber 3/16, UV3+ Pkg, of 10 $ 0.70 912362 IC R5485 Transceiver Transceiver Chi (Comm.) $. 14.00 316182 Pressure Cone $ 15.00 316141 Isolator Leg UV3+8 LP S 3.40 328029-002 Wire Harness, UV3+2BLS CTL $ 32.00 .328029-003 Wire Harness, UV3+3BLS CTL $ 38.00 328029-004 Wire Harness UV3+4BLS CTL 50.00 328025 Wire Harness, UV3+ MOD PRI 3BL $ 29.00 .328023 Wire Harness, UV3+ MOD PRI 4BL $ 29.00 1915742 Wire Harness, UV3+ MOD PWR LT Fors stems re'07; Replaces PN 328078 $ 22.00 915743 Wire Harness, UV3+ MOD PWR RT Fors stems pre'07• Replaces PN 328079 $ 34.00 328024-001X lWire Harness UV3+ MOD SEC 21X Replaces PN 328024-001 6.40 328024-002X JWire Harness, UV3+ MOD SEC 40X Replaces PN 328024-002 9.70 328024-003X Wire Harness, UV3+ MOD SEC 60X IRe laces PN 328024-003 11.00 Module 316135-06OX Lampholder, UV3+ Amalgam 60"X 61 --all spacing; 8L-3" spacing; Re laces PN 316135-060 $ 46.00 316135-078X Lampholder, UV3+ Amalgam 78"X 8L- 3.5" & 4" spacing; Replaces PN 316135-078 $ 59.00 316135-096X Lampholder, UV3+ Amalgam 96"X Stretch Modules; Replaces PN 316135-096 $ 79.00 003084 (Lubricant, DOW 111 6g Pack 1.70 302394P Brass Hex Nut #10-24 PkZ. of 10 $ 0.60 002229 Bushing, UV3+ Tube Le 0.09 011009P Nut, 114-20 Hex N lok 18-8 SST Pkg. of 10 $ 0.60 002226-10SULP 0 -Rin 4 x 3 32 Nitrile UL Pkg. of 10 $ 1.40 912182P Pin, 19A 14-18 AWG Pkg. of 10 $ 1.80 .912194P Pin, 9.5A 20-16WG Amo Mini Pkff. of 10 1,20 -01033282AAC1704P Screw, Hex #10 UNC x 1 Pkg. of 10 $ 1.70 010203-001P Screw, Thread Cutting 6-32x1J4 Pk g' of 10 $ 0,19 912183P Socket 19A 18-14AWG AMP Socket for Plug; Pkg. of 10; $ 2.30 913028P Socket, 9.5A 20-16AWG Amp Mini Pkg. of 10 $ 0.60 1912165P Socket, 9.5A 20-16WG Amp Mini Pkg. of 10 1.40 012015P S washFlat- -ts OD Nylori P .:9!10 6Z 00 Wiper System 326411 Under, Wiper UV3+.Gen 2 $ 1.48&00 005Q68 Grease Kit, UV3+ Cylinder $_ 49.00 326399 Grease Nipple For Hydraulic Cylinder 5.00 005066 Grease, Food Grade FMG 1 Tube 15 Modules $ 12.00 327066P fjjiM Inter -Wiper 90 Deg Elbow Pkg. of 10 $ 12.00 327027P Fitting, Inter -Wiper Straight Pkg. of 10 6.10 327122 Seal Kit UV3+ Plastic Canister 317017 Spacer, Wiper Seal UV3+ 327021 Wiper Seal Spring, UV3+ Seal 317029 317030 Tube, 1/4 DIA Viton UV3+ 327118 O -Ring, UV3+ Wiper Canister 2 per Seal Kit 2 per Seal Kit riceper unit Wiper Seal Spring; 2 per Seal Kit, Part required must purchase 327029P Minimum Purchase -12" price per inch 2 per Seal Kit, Part required must purchase 327118P $ $ 22,00 n1a 7.40 n/a 0.50 n/a 327118P O-Ri UV3+ Wiper Canister 4P Pkg. of 4 $ 1.40 327095P Plug, Rubber Wiper Filler g. of 10 327094 Pressure Injector, Gel -.Pk 143.00 327096 Pressure Injector, Gel UV3+ Plug Overflow bottle included $ 152.00 327045 Pumpssy, Lime-A-WayUV3+ $ 60.00 327016 Reservoir Use w Stam ed Carriage $ 384.00 32704Q Reservoir, Wiper UV3+ Use w Laser Cut Carriage $ 437.00 327043P Ring, Retaining SQ UV3+ Wiper $ 2.90 331005 Rust Inhibitor, Safeguard M-1 Hydraulic Hose Fittings; Comes with PN 11015 $ 152.00 010314-AAF083160 Screw, BHSCP #10-UNF x 3/8 0.60 010313-AAF063160 Screw, Shca #10-UNF X 1/4 $ 0.60 010315-AAF061650 Set Screw, #30-UNF x 1J4 Cu Replaces PN 010176 $ 0.50 327039 Seal Kit 327017 327021 327022 327029 327030 327043 -,Spacer Wi er Seal UV3+ Wiper Seal Washer, Canister UV3+ ,Spring, UV3+ Seal Tube, 1/4 DIA Viton UV3+ Snap Ring IFor Stainless Steel Canisters 2 per Seal Kit ; r5[ro1ft keper unit 4 perSeal Kit Wiper Seal Spring, 2 per Seal Kit; Part required mustpurchase 32-7D29P Price per inch Minimum Purchase - 12" rice er inch 2 per Seal Kit; Part required must purchase 327043P $ $ $ 34.00 n a 7.40 p n/p 0.50 n/a 327029P S rin UV3+ Seal 4 Pack $ 0.70 327110 Valve UV3+ Gel Overflow $ 7.80 010301P Vent Screw Pkg. of 10 $ 0.28 010116P Washer, #10 Flat 316 SST NSF Certified; ft. of 10 $ 0.19 327110 Valve, UV3+ Gel Overflow $ 7.80 327107 Fitting,Overflow UV3+ 29.00 445053 Adapter, Pressure Injector $ 11.00 327041 Breather Use w/ PN 327040 only $ 16.00 326447 NIPPLE, UV3+ 1/4NPT x 1 16D NB Nickle Brass $ 4.60 327024 Cou li Lime -A -Way, Female $ 49.00 327113 Barb 1/8"x1/8" 90° MAN Ion $ 0.24 327766-LW Bracket UV3+ G2 D.Bar Lower $ 9.70 327766 -UPR Power ElMtkpt. UV3+ 62 A.$aeh r UR 9.70 91$731 RecepudeIft 1 915729 915730 UV3+ 61P IRECEPTACLE ASSY, UV3+ 6P JADAPTER,UV3+ RECEPTACLE awd PN 815074 $, $ $: 63.00 38.00 32.00 328439 Relay Board Kit UV3+ PDC 303211 303417 600665 912706 915729 Stondo #8-32x1.25 Hex Brass Washer #8 SPRG Zinc Plated Screw. Pon 8 3,2UNO13 "SSf3.dq Board Relay 220-277V RECEPTACLE ASSY, UV3 6P IFor PDC's built after 2011 only. Washer Spring; For Relay Board; Part required mustpurchase 303417P Part re uired must urchase 60066515 MFR#2382 $ $ $ 340.00 rya n a rVa 297.00 38.00 912261-013 Retie 'Fac1e Ferfalp 4Pin "NPT 13' MFR# 8R4000A09F130 80647 $ 40.00 931039-002 Board Kit, CCB 16PT G3 Includes: PN 328507 CCB Board; MFR# 2322 $ 3,643.00 !931039-003 Board Kit, CCB 24PT Gen 3 Includes: PN 328508 CCB Board; MFR #2323 $ 4,690.00 931039-004 Board Kit, CCB 32PT G3 Includes: 328509 CCB Board; MFR# 2324 $ 8,199.00 931039-001 Board Kit, CCB 8PT G3 Includes: 328506 CCB Board; MFR# 2321 $ 8,517.00 912706 Board, Relay 220-277V MFR# 2382 $ 297.00 912555 Cable. 24AWG 4Con 300V Shld $ 1.40 914569-120 Fuse, 12A 600V CC Time Delay For Relay Board $. 4,90 791309 Fuse, 5A 250V SB 0.25X1.25" For CCB $ 5.20 912519 IC, Isolated R5485J422 Maxim 69.00 912352 IC, RS485 Transc Low Power. $ 20.00 912362 IC, RS485 Transceiver 'Transceiver Chip lComm.) $ 14.00 903326 Module, Digital In 24V 5V Logic $ 25.00 903327 Metluje Ml Out 128 . V L $ 26.00 903805 Module Digital Out 24V 5V $ 21.00 328000-018 Wtlre Hamess PDC UV3+ 18" $ 21.00 328000-024 'Wire Harness, PDC UV3+ 24" $ 20.00 .328000-036 'Wire Harness PDC UV3+ 36" $ 22.00 ;328000-048 Wire Harness, PDC UV3+ 48" 36..00 328000-060 Wire Harness, PDC UV3+ 60" 40.00 328000-072 Wire Harness, PDC UV3+ 72" 27.00 328000-084 Wire Harness, PDC UV3+ 84" 28.00 328000-096 Wire Harness PDC UV3+ $ 30.00 328000-108 Ure H.amto, PDC UV3+ 1118" $ 34.00 Hydraulic System 931012-120 Center (HSC) Board UV3+ HCB 120V1FU I MFR# 24016 $ 3,748.00 931012-230 Board, UV3+ HCB 230V 1FU $ 3,620.00. 907566-06-06 ELBOW, 90D 06JICMX060RBM ST -Z Re laces PN 907316-0606 $ 4.20 912705 Fuse, 0.5A 250V MDA Time Dela -On HCB $ 2,60 914568-060 Fuse 6A 600V Class CC ATDR Fuse 6 Am $ 4.60 326044 Hose, Bleeder UV3+ H raufle 87.00 907541 Hose, UV3+ Hydraulic Bleeder $ 75.00 326085 Hydraulic Fluid, FR WG150-D Water Glycol - 20L Pail Pink Color $ 552.00 907666-020P Hydraulic Fluid, Neptune AW15 ECO 20L Pure Drive H draulic Fluid $ 669.00 912519 IC, Isolated R5485/422 Maxim $ 69.00 444295 011. Hydrauk Low vlwslty, 20L Pail 179.00 .326042 Pump, HSC 3GPM 115J60 $ 3,096.00 907384 Si na Hydraulic Filter Replaces PN 444413; Compact $ 43.00 444948-007 5YY1k4h. Cal Hydmulfc.- 2501551 Combined HSC & PDC $ 182.00 4449484009. lbk& Cal HVdr allk 60 - 25OPSI PDC Chit 751.00 System Control Center 915338-002 (SCC) UV3+T e -M Upgrade Contact MTR 903796 Module; Analog IN 4-20mA. $ 358.00 903797 Module, Analog Out 4-20mA White $ 422,00 903794 Module Digital In 120V/5V Logic $ 38.00 912170 Module DIWV In 240V.SV Logic 13.00 903326 Module, Digital In 24V 5V Logic $ 25.00 903804 Module, Digital In 5-28/5V Logic 32.00 903327 Module Digital Out 120V15V Logic $. 26.00 903795 Module Digital Out 240V 5V Logic 44.00 903805 Module, MAUI Out 24V $ z1.oD '903452 Module, Di ital Out 60V/5V Logic $ 33.00 1913677 PLC, AB CNTL Battery 92.00 437,091 1jjy FW itlt UV3+ CCB 9000 Hr. - 12000 Hr. U rade S 197.00 Sensors 912179 Board, Low Level PeWy 120VAC Replaces PN 903237, 243,00 903243 Level Sensor Kit, Low 230V $ 995.00 903237 level Sensor LOW 120V 50/60HZ $ 1,069.00 912440 Electrode Holder 2 Probe 89.00 903957-002 'Electrode, Level Sensor WJSheath 2' Replaces PN 903237 5 65.00 010126 ;Screw, 10-32 Slot Hex SST18-8 0.07 015229 also quote 015244 Sensor Ass UV3+ $ 2,532.00 015239 5leeve, Sensor UV3+ 25x28x1832 $ 118.00 015244 1 Washer, Sensor Sleeve UV3+ Is 1.50 327080 Sensor Sleeve Collar $ 1400 010215-125P S¢re�v 34-2Oc2W CTD SHCS [iE.%D $ 1.40 309416 Crane UV3+ Module Thern $ 3,600.00 Configured Port 3293240 Reference Part only Maintenance Rack UV3/UV3+ Configured Part Contact MTR 309465 Pedestal Crane Base Upright 616.00 309400 RackStora elOM UV3+30455T 3,217.00 Silty UV3rASEAL $. 735.00 906002 Face Shield UV Protection 29.00 ;906031 Ki Mercu 5 ill Cleanup$ 493.00 906015-330 10perator Kit, UV3000Plus q 759.00 Exhibit C Insurance Requirements for Contractor The Contractor shall take out and maintain during the life of this Agreement, insurance coverage as listed below. These insurance policies shall protect Contractor and any subcontractor performing work covered by this Agreement from claims for damages for personal injury, including accidental death, as well as from claims for property damages, which may arise from Contractor's operations under this Agreement, whether such operations be by Contractor, or by any subcontractor, or by anyone directly or indirectly employed by either of them, and the amount of such insurance shall be as follows: 1, COMPREHENSIVE GENERAL LIABILITY $1,000,000 Each Occurrence $2,000,000 General Aggregate 2_ COMPREHENSIVE AUTOMOBILE LIABILITY $1,000,000 Combined Single Limit Such insurance shall cover liability arising out of any vehicle (including, owned, hired and non -hired vehicles) operated in performing any and all services pursuant to this Agreement. Coverage shall be written on ISO form CA 00 01 12 90, or a later version, that provides liability coverage at least as broad as this form. All limits are to be designated strictly for the City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers. All deductibles or self-insured retentions (SIR) must be disclosed to City's Risk Manager for approval and shall not reduce the limits of liability set forth hereinabove. Insurance policies containing any deductible or SIR provision shall provide, or be endorsed to provide, that the deductible or SIR may be satisfied by either the Named Insured(s) or the City of Lodi. It is required that any available insurance proceeds broader than or in excess of the specified minimum insurance coverage requirements and/or limits set forth above, shall be available to City as an additional insured. Furthermore, the requirements for coverage and limits shall be (i) the minimum coverage and limits specified in these insurance requirements; or (ii) the broader coverage and maximum limits of coverage of any insurance policy or proceeds available to the Contractor; whichever is greater. Contractor agrees and stipulates that any insurance coverage provided to the City of Lodi shall provide for a claims period following termination of coverage which is at least consistent with the claims period or statutes of limitations found in the California Tort Claims Act (California Government Code Section 810 et seq.). A copy of the certificate(s) of insurance with the following endorsements shall be furnished to the City: (a) Additional N2med Insured Endorsement Pursuant to a separate endorsement (ISO form CG 2010 (11/85) or a later version, that provides liability coverage at least as broad as this form) such insurance as is afforded by this policy shall also apply to the City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers as additional named insureds. An additional named insured endorsement is also required for Auto Liability. (b) Primary and Non -Contributory Insurance Endorsement Additional insurance coverage under the Contractor's policy shall be "primary and non-contributory" and will not seek contribution from City's insurance or self-insurance and shall be at least as broad as ISO form CG 20 0104 13. NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) above: 221 West Pine Street, Lodi, California, 95240; (2) The insurance certificate must state, on its face or as an endorsement, a description of ther� oject that it is insuring. (c) Waiver of Subrogation Include a waiver of subrogation against the City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers. A waiver is required for General Liability and Auto Liability. (d) Limits of Coverage The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance of Contractor shall contain, or be endorsed to contain, a provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of the City before the City's own insurance or self-insurance shall be called upon to protect the City as a named insured. Page 1 of 2 pages Risk: rev.08.2015 (e) Severability of Interest Clause The term "insured" is used severally and not collectively, but the inclusion herein of more than one insured shall not operate to increase the limit of the company's liability. (f) Notice of Cancellation or Change in Coverage Endorsement This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA 95240. (g) Continuily of Coverage All policies shall be in effect on or before the first day of the Terre of this Agreement. At least thirty (30) days prior to the expiration of each insurance policy, Contractor shall furnish a certificate(s) showing that a new or extended policy has been obtained which meets the minimum requirements of this Agreement. Contractor shall provide proof of continuing insurance on at least an annual basis during the Term. If Contractor's insurance lapses or is discontinued for any reason, Contractor shall immediately notify the City and immediately obtain replacement insurance. (h) Failure to Comply If Contractor fails or refuses to obtain and maintain the required insurance, or fails to provide proof of coverage, the City may obtain the insurance. Contractor shall reimburse the City for premiums paid, with interest on the premium paid by the City at the maximum allowable legal rate then in effect in California. The City shall notify Contractor of such payment of premiums within thirty (30) days of payment stating the amount paid, the namts) of the insurer(s), and rate of interest. Contractor shall pay such reimbursement and interest on the first (18) day of the month following the City's notice. Notwithstanding and other provision of this Agreement, if Contractor fails or refuses to obtain or maintain insurance as required by this agreement, or fails to provide proof of insurance, the City may terminate this Agreement upon such breach. Upon such termination, Contractor shall immediately cease use of the Site or facilities and commence and diligently pursue the removal of any and all of its personal property from the site or facilities. (i) Qualified Insurer(s) All insurance required by the terms of this Agreement must be provided by insurers licensed to do business in the State of California which are rated at least "A-, VI" by the AM Best Ratings Guide, and which are acceptable to the City. Non -admitted surplus lines carriers may be accepted provided they are included on the most recent list of California eligible surplus lines insurers (LESLI list) and otherwise meet City requirements. Workers Compensation Insurance The Contractor shall take out and maintain during the life of this Agreement, Worker's Compensation Insurance for all of Contractor's employees employed at the site of the project and, if any work is sublet, Contractor shall require the subcontractor similarly to provide Worker's Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. In case any class of employees engaged in hazardous work under this Agreement at the site of the project is not protected under the Worker's Compensation Statute, the Contractor shall provide and shall cause each subcontractor to provide insurance for the protection of said employees. A waiver of subrogation is required for workers compensation insurance. This policy may not be canceled nor the coverage reduced without 30 days' prior written notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA 95240, NOTE: The City reserves the right to obtain a full certified copy of any insurance policy or endorsements required. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the effective date. Page 2 1 of 2 pages i Y �` _ Risk: rev.08.2015 RESOLUTION NO. 2016-170 A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT WITH DC FROST ASSOCIATES, INC., OF WALNUT CREEK, FOR PURCHASE OF ULTRA VIOLET DISINFECTION REPLACEMENT PARTS WHEREAS, White Slough Water Pollution Control Facility uses ultra violet (UV) system functions as a disinfectant for the tertiary -treated wastewater, as directed by the California Regional Water Quality Control Board; and WHEREAS, the UV system is complex, requiring annual operational costs for parts, equipment replacement, and continuous staff hours to maintain; and WHEREAS, DC Frost Associates, Inc., is a sole -source vendor. Per Lodi Municipal Code Section 3.20.070, Bidding, the bidding process may be dispensed when City Council determines that the purchase, or method of purchase, is in the best interests of the City; and WHEREAS, staff recommends waiving the bidding process per Lodi Municipal Code Section 3.20.070; and WHEREAS, staff also recommends authorizing the City Manager to execute a Professional Services Agreement for ultra violet disinfection equipment with DC Frost Associates, Inc., of Walnut Creek. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby waive the bidding process per Lodi Municipal Code Section 3.20.070; and BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize the City Manager to execute a Professional Services Agreement for ultra violet disinfection equipment with DC Frost Associates, Inc., of Walnut Creek, California, in the amount of $220,000. Dated: September 21, 2016 I hereby certify that Resolution No. 2016-170 was passed and adopted by the City Council of the City of Lodi in a regular meeting held September 21, 2016, by the following vote: AYES: COUNCIL MEMBERS — Johnson, Kuehne, Mounce, and Nakanishi NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS —Mayor Chandler ABSTAIN: COUNCIL MEMBERS — None X11, aNIFER FERRAIOLO City Clerk 2016-170